Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2003 FBO #0694
SOLICITATION NOTICE

70 -- Materials Analysis System

Notice Date
10/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-04-0004
 
Response Due
10/29/2003
 
Point of Contact
Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, - Frances Waters, Computer Specialist, Phone (817) 978-3689, Fax (817) 978-4739,
 
E-Mail Address
elaine.lacker@gsa.gov, frances.waters@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number 7TF-04-0004 Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16. This is a full and open procurement under NAICS Code 334519 Other measuring and controlling device manufacturing. NOTE: Section 508 does not apply to this requirement. Requirements: Provide the following equipment: Quantity of 1, Materials Analysis System (MAS). The MAS will be used with a Scanning Electron Microscope that will be separately procured by the Government. The MAS shall save all data and be capable of performing repeat analyses with single data acquisition. The MAS shall be capable of standardless analysis of elemental percentages. The MAS shall provide point, line scan and x-ray map data. X-ray maps shall be available in color. If the MAS x-ray detector has a choice between LN2 and electrically powered cooling, the method providing the greatest sensitivity shall be used. The MAS shall provide images in JPEG, GIF, TIFF and/or BITMAP formats. Images shall be transferable via Ethernet or mass storage with a USB connection. Data from the MAS shall be available in an output suitable for inclusion in Microsoft WORD documents in addition to the image formats. MAS shall include familiarization training. A one year stock of supplies peculiar to the MAS components; filaments, apertures, filters, etc., shall be included. Three MAS known to meet these requirements are the Oxford Inca system, www.oxford-instruments.com, IXRF EDS200, www.ixrfsystems.com, and EDAX Genesis 2000, www.edax.com Detailed specifications for the Oxford Instruments MAS and IXRF MAS may be requested from the undersigned contracting officer. Desired Delivery Date is 30 days after receipt of contract. Place of Delivery and Acceptance is: Clinton Wiles, OC/ALC/ENALL, 4750 Staff Dr., Tinker AFB, OK 73145. FOB destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2003) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements. (b) Past Experience (see below) (c) Delivery Terms - ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past experience will be evaluated as follows: Evaluation of past experience shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror?s experience on previously awarded delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for the federal government, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a brief description of work performed, point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. Offeror?s are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JUNE 2003) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (OCT 2003), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(7) 52.219-8, (b)(13) 52.222-3, (b)(14) 52.222-19, (b)(15) 52.222-21, (b)(16) 52.222-26, (b)(17) 52.222-35, (b)(18) 52.222-36, (b)(19) 52.222-37, (b)(22)(i) 52.225-3, (b)(24) 52.225-13, (b)(29) 52.232-33. Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery 30 days after receipt of contract. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 2:30 p.m. (CDT), October 29, 2003. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date!! Contact Elaine Lacker at 817-978-6142.
 
Place of Performance
Address: OC/ALC/ENALL, 4750 Staff Dr., Tinker AFB, OK 73145.
Zip Code: 73145
Country: USA
 
Record
SN00454865-W 20031022/031020213652 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.